{
    "tag": [
        "compiled"
    ],
    "id": "ocds-r6ebe6-0000557083-2019-01-28T00:00:00Z",
    "date": "2019-01-28T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000557083",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-47",
            "name": "Scottish Police Authority",
            "identifier": {
                "legalName": "Scottish Police Authority"
            },
            "address": {
                "streetAddress": "1 Pacific Quay, 2nd Floor",
                "locality": "Glasgow",
                "region": "UKM82",
                "postalCode": "G51 1DZ"
            },
            "contactPoint": {
                "email": "charlotte.reid@scotland.pnn.police.uk",
                "telephone": "+44 1786896463",
                "url": "http://www.publictendersscotland.publiccontractsscotland.gov.uk"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody",
                "reviewBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Body governed by public law",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "03",
                        "description": "Public order and safety",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.spa.police.uk"
            }
        },
        {
            "id": "org-28",
            "name": "Scottish Police Authority",
            "identifier": {
                "legalName": "Scottish Police Authority"
            },
            "address": {
                "streetAddress": "1 Pacific Quay, 2nd Floor",
                "locality": "Glasgow",
                "region": "UKM82",
                "postalCode": "G51 1DZ"
            },
            "contactPoint": {
                "email": "charlotte.reid@scotland.pnn.police.uk",
                "telephone": "+44 178689861",
                "url": "http://"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody",
                "reviewBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Body governed by public law",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "03",
                        "description": "Public order and safety",
                        "scheme": "COFOG"
                    },
                    {
                        "id": "National or federal agency/office",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "Police Authority for the Police Service of Scotland with functions referred to in Section 2 of the Police and Fire Reform (Scotland) Act 2012",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.spa.police.uk"
            }
        },
        {
            "id": "org-29",
            "name": "Flexiform Business Furniture Limited",
            "identifier": {
                "legalName": "Flexiform Business Furniture Limited"
            },
            "address": {
                "streetAddress": "Unit 7 Bloom Farm, 12 Main Street, Livingston Village",
                "locality": "Livingston",
                "region": "UKM",
                "postalCode": "EH54 7AF"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large",
                "url": "http://"
            }
        }
    ],
    "buyer": {
        "name": "Scottish Police Authority",
        "id": "org-28"
    },
    "tender": {
        "id": "PROC 710",
        "title": "PROC710 - Supply, Delivery and Installation of Office Furniture (Framework Agreement)",
        "description": "The Scottish Police Authority (known as \"the Authority\") has a contract in place for the Supply, Delivery and Installation of Office Furniture and Associated Equipment which is due to expire on the 6th October 2018. The Authority is required to re-tender this opportunity with a suitably experienced and competent Contractor. The Authority is seeking to create a Multi-Supplier Framework Agreement. This Framework Agreement shall be divided into two (2) individual Lots.",
        "status": "complete",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "39000000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "2 French Street, Dalmarnock, Glasgow, G40 4EH"
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM82"
                    },
                    {
                        "region": "UKM82"
                    }
                ],
                "relatedLot": "1"
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "id": "39000000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "2 French Street, Dalmarnock,Glasgow, G40 4EH"
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM82"
                    },
                    {
                        "region": "UKM82"
                    }
                ],
                "relatedLot": "2"
            }
        ],
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "goods",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "http://www.publictendersscotland.publiccontractsscotland.gov.uk",
        "tenderPeriod": {
            "endDate": "2018-10-15T12:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2018-10-15T12:00:00Z"
        },
        "documents": [
            {
                "id": "SEP331174",
                "documentType": "contractNotice",
                "title": "PROC710 - Supply, Delivery and Installation of Office Furniture (Framework Agreement)",
                "description": "The Scottish Police Authority (known as \"the Authority\") has a contract in place for the Supply, Delivery and Installation of Office Furniture and Associated Equipment which is due to expire on the 6th October 2018. The Authority is required to re-tender this opportunity with a suitably experienced and competent Contractor. The Authority is seeking to create a Multi-Supplier Framework Agreement. This Framework Agreement shall be divided into two (2) individual Lots.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=SEP331174",
                "format": "text/html"
            },
            {
                "id": "JAN343567",
                "documentType": "awardNotice",
                "title": "PROC710 - Supply, Delivery and Installation of Office Furniture (Framework Agreement)",
                "description": "The Scottish Police Authority (known as \"the Authority\") has a contract in place for the Supply, Delivery and Installation of Office Furniture and Associated Equipment which is due to expire on the 6th October 2018. The Authority is required to re-tender this opportunity with a suitably experienced and competent Contractor. The Authority is seeking to create a Multi-Supplier Framework Agreement. This Framework Agreement shall be divided into two (2) individual Lots.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JAN343567",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "title": "Supply, Delivery and Installation of Office Furniture;",
                "description": "LOT 1: Supply, Delivery and Installation of Office Furniture; It is the intention of the Authority to appoint; One (1) Contractor to Lot 1;",
                "status": "complete",
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "30"
                        },
                        {
                            "type": "price",
                            "description": "70"
                        }
                    ]
                },
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1080
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Renewal due in three (3) years OR four (4) years if optional extension is activated."
                }
            },
            {
                "id": "2",
                "title": "Supply, Delivery and Installation of Recycled/Refurbished Office Furniture",
                "description": "LOT 2: Supply, Delivery and Installation of Recycled/Refurbished Office Furniture; It is the intention of the Authority to appoint; Three (3) Contractors to Lot 2.",
                "status": "complete",
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "30"
                        },
                        {
                            "type": "price",
                            "description": "70"
                        }
                    ]
                },
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1080
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Due for renewal in three (3) years OR four (4) years if optional extension is activated."
                }
            }
        ],
        "lotDetails": {
            "maximumLotsBidPerSupplier": 2147483647
        },
        "bidOpening": {
            "date": "2018-10-15T12:00:00Z",
            "address": {
                "streetAddress": "Police Scotland 2 French Street Dalmarnock Glasgow G40 4EH"
            },
            "description": "Via Public Contract Scotland Tender (PCS-T)"
        },
        "contractTerms": {
            "hasElectronicPayment": true,
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "performanceTerms": "As per Contract Notice Document which can be found within the attachments area via Public Contract Scotland Tender, not enough characters available to provide full detail via PCS"
        },
        "coveredBy": [
            "GPA"
        ],
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "N/A"
                },
                {
                    "type": "economic",
                    "minimum": "It is a requirement of this Framework that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded Contract/Framework, indicated below: Insurances: Employers (Compulsory) Liability Insurance = 10 million GBP in respect of each claim without limit to the number of claims. Tenderers may be required to provide their current Employers Liability Insurance certificate which should include name of the insurers, policy numbers, expiry date and limits for any one incident and annual aggregate caps and the excesses under the policies. Public Liability Insurance = 5 million GBP in respect of each claim without limit to the number of claims. Tenderers may be required to provide a copy of their current Public Liability Insurance certificate. Product Liability Insurance = 5 million GBP in respect of each claim without limit to the number of claims. Tenderers may be required to provide a copy of their current Professional Indemnity Insurance certificate. Motor Vehicle Insurance = Minimum Third Party Motor Vehicle Liability in respect of any motor vehicle or plated plant used. Documentation requested for the above insurances should include name of insurers, policy numbers, expiry date and limits of any one incident and annual aggregate caps and the excesses under the policies. Financial Standing: The Authority will access a Credit safe report for a Tenderers organisation and use the information contained within to assist with the assessment of the Bidder's economic and financial standing. Tenders are asked to provide their company number within the ESPD to allow the Authority to access a Credit Safe Report. Within such reports, the risk of business failure is expressed as a score of 30 or below (high risk of business failure). In the event that a company is determined to have a risk failure rating of 30 and below i.e. that the company is considered to have a high risk of business failure, the submission will not be considered further. If you are successful in the award of this contract and your risk failure rating falls below 30 then the SPA reserve the right to remove you from this contract. It is the supplier's responsibility to ensure that the information held by Credit Safe is accurate and up to date. For the avoidance of doubt, the SPA will request a report from Credit Safe following the closing date for the receipt of the Tenders to ensure that the most up to date information is used. Where you are not registered on credit safe e.g. charitable organisations or new start companies/ Sole Traders with less than 3 years trading history, discretionary powers are available to the Director of Finance to consider abbreviated accounts along with bankers references etc. Tenderers should be aware that any outstanding County Court Judgements will have a detrimental effect on the rating held by Credit Safe and it is your responsibility to ensure that the information held by Credit Safe is accurate and up to date - failure to do so will result in rejection of your submission. IMPORTANT NOTE: This requirement is not applicable to Sole Traders/ Charities. Sole Traders/ Charities may be required to provide a bankers reference if successful."
                },
                {
                    "type": "technical",
                    "minimum": "Tenderer's will be required to provide evidence of having the necessary capacity and capability to deliver the requirements for the Supply, Delivery and Installation of Office Furniture (Framework Agreement). Two (2) examples of the provision of similar goods/services/works may be requested and must be from within the last 3 years for goods and services and within the last 5 years of work contracts. If Tenderers are unable to provide two (2) examples the tenderer may be required to explain why examples cannot be provided. Tenderers may also be required to provide: Technical Skills A statement of the relevant professional and technical skills available within your organisation; or where applicable, consortium members and/or named sub-contractors in relation to this procurement exercise. Guidance The buyer will use the information you provide to evaluate whether your organisation; consortium members and/or named sub-contractors have the relevant professional and technical skills required for this procurement exercise. Technical Resources A statement of the relevant technical resources such as the tools, plant, facilities and technical equipment available to your organisation, or where applicable, consortium members and/or named sub-contractors in relation to this procurement exercise. Guidance The buyer will use the information you provide to evaluate whether your organisation; consortium members and/or named sub-contractors have the relevant technical resources for this procurement exercise. Technical Confirmation If available, copies of completion certificates or customers' written declaration which validates the examples you have provided. Guidance If you cannot provide certificates or customer declarations the Authority may choose to contact customers cited directly in order to validate the experience examples you have provided without any further reference to you."
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "endDate": "2019-04-15T00:00:00Z"
            }
        },
        "techniques": {
            "hasFrameworkAgreement": true
        },
        "classification": {
            "id": "39000000",
            "scheme": "CPV"
        },
        "hasRecurrence": true,
        "recurrence": {
            "description": "Renewal due in three (3) years OR four (4) years if optional extension is activated."
        },
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        }
    },
    "language": "EN",
    "description": "(SC Ref:571513)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000557083"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000557083"
        }
    ],
    "noticetype": "OJEU - F3 - Contract Award Notice",
    "awards": [
        {
            "id": "PROC 710-1",
            "title": "Supply, Delivery and Installation of Office Furniture;",
            "suppliers": [
                {
                    "id": "org-29",
                    "name": "Flexiform Business Furniture Limited"
                }
            ],
            "relatedLots": [
                "1"
            ]
        },
        {
            "id": "PROC 710-2",
            "title": "Supply, Delivery and Installation of Recycled/Refurbished Office Furniture",
            "suppliers": [
                {
                    "id": "org-29",
                    "name": "Flexiform Business Furniture Limited"
                }
            ],
            "relatedLots": [
                "2"
            ]
        }
    ],
    "contracts": [
        {
            "id": "PROC 710-1",
            "awardID": "PROC 710-1",
            "title": "Supply, Delivery and Installation of Office Furniture;",
            "status": "active",
            "value": {
                "amount": 855000,
                "currency": "GBP"
            },
            "dateSigned": "2019-01-25T00:00:00Z"
        },
        {
            "id": "PROC 710-2",
            "awardID": "PROC 710-2",
            "title": "Supply, Delivery and Installation of Recycled/Refurbished Office Furniture",
            "status": "active",
            "value": {
                "amount": 23750,
                "currency": "GBP"
            },
            "dateSigned": "2019-01-25T00:00:00Z"
        }
    ],
    "relatedProcesses": [
        {
            "id": "1",
            "relationship": [
                "planning"
            ],
            "scheme": "EU-OJ",
            "identifier": "2018/S 176-398598"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "25",
                "measure": "bids",
                "value": 7,
                "relatedLot": "1"
            },
            {
                "id": "26",
                "measure": "bids",
                "value": 2,
                "relatedLot": "2"
            }
        ]
    }
}